IDIQ for Roofing in the PWD Pennsylvania AOR
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for an In...
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for an In... This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for an Indefinite Delivery Indefinite Quantity (IDIQ) for Construction Maintenance for Roofing Repair/Replacement for Various Sites in the Philadelphia and Mechanicsburg Areas of Responsibility (AOR). This is an Indefinite Delivery / Indefinite Quantity (IDIQ) contract to provide roof repair and replacement and various types of maintenance repairs and preparations associated with roof repair and replacement. Roof repair, replacement, and maintenance work will be performed at the three (3) Department of the Navy Sites, listed below: Philadelphia Naval Business Center (PNBC), 4921 South Broad St, Philadelphia PA 19112 Naval Support Activity Philadelphia (NSA-P), 700 Robbins St, Philadelphia PA 19111 Naval Support Activity Mechanicsburg (NSA-M), 5450 Carlisle Pike, Mechanicsburg PA 17050 The Contractor must furnish all hazmat testing, hazmat remediation, mold remediation, labor, materials, equipment, tools, transportation, supervision, safety, surveys, engineering layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. Each task order must be executed in a timely manner, with safety as a priority and quality work as the final product. The Government contemplates that one contract will be awarded for this solicitation. The projects shall be administered by the specific base location of the work. The duration of the contract will be for a five (5) year ordering period from the date of contract award. The total five-year ordering period includes a base period and four 12-month option periods not to exceed sixty (60) months from the date of contract award. The Government may issue a minimum guarantee in amount of $5,000.00 to the successful offeror via the initial task order. The minimum guarantee covers the full term of the contract to include all option years. The appropriate North American Industry Classification System (NAICS) code for this procurement is 238160 – Roofing Contractors, with a Small Business Size Standard of $19,000,000. This solicitation is being advertised as a Total Small Business Set-Aside and will be solicited utilizing Sealed Bidding procedures outlined in FAR Part 14.103-2. Award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price related factors included in the invitation. In accordance with DFARS 236.204, the total estimated magnitude of construction for this contract (base period plus option years) is between $10,000,000 and $25,000,000. This office anticipates award of a contract for these services by February 2026. A Dynamic Small Business Search (DSBS) and a Sources Sought Notice was conducted and issued on 23 July 2025, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last five (5) years as well as their ability to handle multiple simultaneous projects in Philadelphia and Mechanicsburg PA locations area locations including the maximum number of task orders under Indefinite Delivery/Indefinite Quantity (IDIQ) contract where Contractor is prime contractor as well as describing the Contractor’s approach and capabilities to perform emergency repairs. Based on the market research conducted for this procurement and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as a Total Small Business Set Aside. NAVFAC Mid-Atlantic’s Office of Small Business Programs concurred with this decision on 20 November 2025. The Invitation for Bid (IFB) will be issued by NAVFAC Mid-Atlantic CON21 on or about 12 December 2025. The solicitation number will be N4008525B0003. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective Offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Brittany Cristelli at brittany.n.cristelli.civ@us.navy.mil.
Data sourced from SAM.gov.
View Official Posting »
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Synopsis announ... THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government’s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. The Naval Facilities Engineering Systems Command, Mid-Atlantic (NAVFAC MIDLANT) is seeking eligible Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and certified 8(a) Businesses, with current relevant qualifications, experience, personnel, and capability to perform a proposed contract. AN INDEFINITE DELIVERY / INDEFINITE QUANTITY CONTRACT FOR CONSTRUCITON MAINTENANCE FOR ROOFING REPAIR/REPLACEMENT FOR GOVERNMENT SITES IN THE PHILADELPHIA AND MECHANICSBURG PENNSYLVANIA AREA OF RESPONSIBILITY IS ANTICIPATED. The total contract term is anticipated to be five (5) years; a base year with four (4) option years. General Work Requirements: This is an Indefinite Delivery, Indefinite Quantity contract to provide roof repair and replacement and various types of maintenance repairs and preparations associated with roof repair and replacement. Roof repair, replacement, and maintenance work will be performed at the three (3) Department of the Navy Sites, listed below: Philadelphia Naval Business Center (PNBC), 4921 South Broad St, Philadelphia PA 19112 Naval Support Activity Philadelphia (NSA-P), 700 Robbins St, Philadelphia PA 19111 Naval Support Activity Mechanicsburg (NSA-M), 5450 Carlisle Pike, Mechanicsburg PA 17050 The Contractor must furnish all hazmat testing, hazmat remediation, mold remediation, labor, materials, equipment, tools, transportation, supervision, safety, surveys, engineering layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. Each task order must be executed in a timely manner, with safety as a priority and quality work as the final product. The Government contemplates that one contract will be awarded for this solicitation. The projects shall be administered by the specific base location of the work. The total estimated magnitude of construction for this contract (base period plus option years) is $25,000,000. The anticipated award of this contract is December 2025. The appropriate North American Industry Classification System (NAICS) code for this procurement is 238160 – Roofing Contractors, with a standard size of $19M. Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008), which states that it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded. A joint venture agrees that, in the performance of the contract, 85 percent will be performed by the aggregate of the joint venture participants. In a joint venture comprised of a small business protégé and its mentor approved by the Small Business Administration, the small business protégé shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protégé in the joint venture must be more than administrative functions. In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form and Project Data Form. The following information shall be provided: Contractor Information: Provide your firm’s contact information including Unique Entity Identifier (UEI) and CAGE Code. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm’s small business status. Bonding Capacity: Provide your surety’s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. The aggregate bonding capacity must be no less than $5M to be deemed acceptable for this notice. Experience: Submit a minimum of three (3) up to a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm. A specific project is a single project or a single task order under an indefinite quantity contract. Recent is defined as having been 100% completed within the five (5) years prior to the submission due date. A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. A relevant project is further defined as: Size: A final construction cost of $150,000 or greater for new roof project/roofing portion of the construction project. Scope/Complexity: New construction, removal, repair and/or replacement of at least one (1) of the following type of roofing systems: PVC TPO E.P.D.M Slate Liquid-applied roofs Standing seam metal roofing Transite panels Each project submitted does not require demonstrated experience with all of the above listed scope/complexity components, but collectively, they must demonstrate experience with at least three (3) of the five (5) roofing system types. Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period. This will be an Indefinite Quantity Contract to provide roof repair and replacement, and various types of maintenance repairs and preparations associated with roof repairs and replacement. Other incidental types of work associated with roof repair and replacement is included and may be ordered for industrial, commercial and residential locations indicated within each work order. Handling Concurrent Task Orders: Describe the Contractor’s ability to handle multiple simultaneous projects in Philadelphia and Mechanicsburg PA locations area locations including the maximum number of task orders under Indefinite Delivery Indefinite Quantity (IDIQ) contract where Contractor is prime contractor. Specify if these task orders were under a single contract or multiple contracts. Also, describe Contractor’s approach and capabilities to perform emergency repairs. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE ON Wednesday, 06 August 2025 by 2:00 P.M. EDT. The submission package shall ONLY be submitted electronically to Brittany Cristelli via email at brittany.n.cristelli.civ@us.navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a "read receipt." Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to Brittany Cristelli at Brittany.n.cristelli.civ@us.navy.mil
Data sourced from SAM.gov.
View Official Posting »